Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2003 FBO #0618
SOLICITATION NOTICE

X -- Temporary Office Space for TSA Mission Support Centers

Notice Date
8/7/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Border and Transportation Security, Transportation Security Administration, Headquarters TSA, 701 S. 12th Street 4th Floor, Arlington, VA, 22202
 
ZIP Code
22202
 
Solicitation Number
DTSA20-03-R-01944
 
Response Due
8/15/2003
 
Archive Date
8/30/2003
 
Point of Contact
Michael Derrios, Contracting Officer, Phone 571.227.1573, Fax 571.227.2913,
 
E-Mail Address
mike.derrios@tsa.dot.gov
 
Description
This is a combined synopsis/solicitation for commercial items. This announcement constitutes the only solicitation; proposals are being requested at this time and a written solicitation will not be issued. This solicitation, DTSA20-03-R-01944 is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through the Acquisition Management System (AMS). This requirement is unrestricted for full and open competition. The LINE ITEMS are as follows: 0001 – Temporary Office Spaces (Atlanta), QTY= 34 EACH, 0002 – Temporary Office Spaces (Dallas), QTY= 34 EACH, 0003 – Temporary Office Spaces (Detroit), QTY= 34 EACH, 0004 – Temporary Office Spaces (San Francisco), QTY= 34 EACH. TSA requires a turn-key solution for temporary office spaces for TSA Mission Support Centers in four cities across the United States. The Contractor shall provide services in accordance with the following Statement of Work: STATEMENT OF WORK TEMPORARY OFFICE SPACE FOR TSA MISSION SUPPORT CENTERS INTRODUCTION Agency Address: Transportation Security Administration Chief Administrative Officer 701 South 12th Street Arlington, VA 22202 Agency Mission: The Transportation Security Administration protects the Nation's transportation systems to ensure freedom of movement for people and commerce. PROJECT BACKGROUND AND OBJECTIVES TSA is establishing Mission Support Centers (MSC) in four (4) locations around the nation. The Mission Support Centers will be located in the following cities: Atlanta, San Francisco, Dallas and Detroit. The TSA MSC will become operational and staffed within the next several weeks; therefore temporary office space is needed while more permanent office space is acquired. The temporary space for all four (4) locations is required no later than September 1, 2003. While in the temporary space, TSA will actively pursue acquisition of permanent space. The temporary office spaces must resemble a “turn-key” solution, whereas the contractor at each location provides all furniture, incidental equipment and necessary office accommodations. Each of the four Mission Support Centers will have a staff of up to 34 employees. SCOPE OF WORK The contractor shall have available the specified number of workstations beginning September 1, 2003, and the workstations should be available through June 30, 2004. The MSC will have exclusive use of support areas, including a reception area, a boardroom, copy room and break room areas located within the space provided by the contractor. The spaces should be available for use 24 hours a day, seven days a week. TSA reserves the right to provide sixty (60) calendar days notice to the Contractor in the event that TSA must vacate the office space prior to the end of the period of performance. CONTRACTOR FURNISHED RESOURCES The contractor shall provide fully furnished, equipped and lockable office and team areas which present a professional, ergonomic and functional working environment for the TSA Mission Support Centers (MSC) at each of the indicated locations. Specifically, the contractor shall provide the following: · A facility within approximately 30 miles from a major airport in each city · HVAC, along with lighting, electricity, all other applicable utilities, insurance of common areas, full-service maintenance of building and security systems. · Daily cleaning of MSC office and common areas Monday through Friday. The MSC may perform security background checks for each member of the cleaning crew assigned to each floor, and the contractor will cooperate by providing to the MSC all information and documentation needed to accomplish the background checks. · Unlimited exclusive use of a fully-equipped boardroom including flipcharts, TVs, VCRs, video conferencing equipment and overhead projectors at each location. · One (1) dedicated fax line in a TSA office in each location. Additional lines can be installed at MSC’s request. · Secured office space with keycard access. The contractor will provide security access cards (quantity to be determined by MSC management) and three (3) complete sets of office door keys. · A Center Manager at each location who will have authority to field and address any concerns from TSA. · Use of reception services and telephone answering services. · Up to 3000 black and white photocopies per person, per month. · Daily mail handling and delivery services. · Standard set up of telephone handsets at the time of occupancy. The contractor will provide MSC management with monthly telephone call detail reports that present a summary of calls placed and received from each extension. · One telephone handset, including two business lines and voicemail, for each MSC employee. The contractor shall provide the Nortel digital PBX system that features conference calling, digital internal and external transfer and speed dial, direct dial individual telephone numbers, or a system that is comparable to the above. The contractor will provide on-site maintenance, support and instant replacement services for telephone handsets. · The use of CAT 5 voice cabling from the PBX or comparable to all workstations. The use of CAT 5 data cabling from the contractor’s communications room to the work/printer stations. Additionally, the contractor will provide additional CAT 5 data cabling connections for equipment such as printers and servers, in support of staffing workloads. · On-site maintenance, support and instant replacement services for telephone handsets. · Regular technology upgrades of hardware and software to ensure latest technology is always available. · 24 hour/7 days a week message storage (voicemail box) with remote retrieval. · The contract will permit TSA to run fiber and/or T1 telecommunications data lines into the contractor’s communication room. Additionally, TSA may install a router for T1s that will rack mount in the communications room, a switch for all staff and printers cables to terminate on, and the server and printers will each require a LAN jack that provides connection back to the communications room. TSA will agree to install these items at its own expense. The contractor will also permit TSA to set up a secure area to house its own IT equipment close to the contractor’s communication room. GOVERNMENT FURNISHED RESOURCES The Government shall furnish TSA employees at the MSC with computers and all supporting IT equipment. TSA will be responsible for installation of computer/IT equipment at the MSC locations. ADMINISTRATIVE CONSIDERATIONS Government Contacts – Acquisition: Michael Derrios, Contracting Officer, 571-227-1573. Technical: Debbie Worley, Contracting Officer’s Representative (COR), 571-227-2097. Place of Performance- TSA locations in the following four (4) cities: Atlanta, Dallas, Detroit, San Francisco. Period of Performance – September 1, 2003 to June 30, 2004. In addition, there will be twelve (12) one-month option periods from July 1, 2004 to July 1, 2005. Other Direct Costs – The contractor shall provide a pricelist for any incidental supplies, equipment and materials necessary to provide services to the TSA MSC. Proposal Instruction: The Contractor shall submit proposals in two (2) volumes: Vol 1, Cost and Vol. II, Technical & Past Performance. The Contractor shall submit a cost proposal with fixed-prices per workspace (per month) for the base period of performance and all applicable other direct costs. The Contractor shall also submit a cost proposal for twelve (12) one-month option periods to extend services beyond the base period of performance for up to (but not to exceed) one (1) year. Contractors must be able to provide additional workspace at any of the MSC locations within thirty (30) days upon written request by TSA. Contractors should address TSA’s responsibility in the event that the MSC does not occupy 34 workspaces, per month. Contractors shall offer the Government any favorable quantity breaks in the event that TSA requires additional workspaces beyond the specified 34 per month. The Contractor shall submit a technical proposal (limited to 25 pages on 8x11” paper) containing the following: A) Information about the proposed facilities and additional services and specifications for proposed office spaces. B) Past-Performance - The Contractor shall provide three (3) references with a brief description of previous projects and similar size and complexity. "Similar size and complexity" for the purpose of the evaluation means: similar in dollar amount and number of client/customer employees serviced. The TSA may contact those references during the evaluation process to verify relevant experience and level of performance. You should also provide the dollar amount for the referenced projects and length of contracts. The Government may, at its discretion, obtain and evaluate information from sources other than those provided by the Contractor. Each example of past performance shall include: a) Contract Number b) Contract Description c) Contract Amount and Type of Contract d) Period of Performance e) Name, address, E-mail address (if available), and telephone number and FAX number of the customer (if a Government contract, please provide the name and telephone number of the Contracting Officer and the COR. If commercial, provide the technical and contracting equivalent). f) Size and complexity of the project. g) Whether all options were exercised, if applicable. For all past performance information, please ensure that the company names, names of points of contact, E-mail addresses, telephone and FAX numbers are current. The Government will not make repeated efforts to contact the references if the information is incorrect. You should also notify the references that their names have been submitted and that the TSA will be contacting them. For any subcontractor performing a critical element of the work, please furnish at least three references for similar projects. You should also provide a description of the work performed, the dollar amount and duration of the project. *****THE GOVERNMENT RESERVES THE RIGHT TO ISSUE MULTIPLE AWARDS UNDER THIS SOLICITATION. FOR AN ELECTRONIC COPY OF THE PROVISIONS AND CLAUSES IN FULL-TEXT PLEASE CONTACT MICHAEL DERRIOS IN WRITING AT MIKE.DERRIOS@DHS.GOV***** This effort shall result in a firm-fixed price (FFP) contract for services. PROPOSALS WILL BE EVALUATED BASED ON BEST-VALUE ACCORDING TO THE FOLLOWING CRITERIA: 1.) ABILITY TO MEET CONTRACT REQUIREMENTS, 2.) PAST-PERFORMANCE, 3.) PRICE, AND 3.) AVAILABILITY. OFFERS ARE DUE BY CLOSE OF BUSINESS (5:00 P.M. EASTERN TIME) ON AUGUST 15, 2003. CONTRACTORS SHOULD MAIL THE PROPOSALS TO THE FOLLOWING ADDRESS: TRANSPORTATION SECURITY ADMINISTRATION, OFFICE OF ACQUISITIONS (4TH FLOOR), ATTENTION: MIKE DERRIOS, 701 SOUTH 12TH STREET (WEST TOWER), ARLINGTON, VA 22202. ALL QUESTIONS MUST BE POSED IN WRITING VIA EMAIL TO THE CONTRACTING OFFICER. QUESTIONS WILL NOT BE ACCEPTED AFTER CLOSE OF BUSINESS (5:00 P.M. EASTERN TIME) ON AUGUST 12, 2003. PLEASE CONTACT MICHAEL DERRIOS AT 571-227-1573 FOR ANY ADDITIONAL INFORMATION REGARDING THIS SYNOPSIS/SOLICITATION.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-BT/TSA/HQTSA/DTSA20-03-R-01944/listing.html)
 
Place of Performance
Address: TBD
Country: USA
 
Record
SN00395712-F 20030809/030807223636 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.